Loading...
Bid - Urban Habitatta Q�dwr& CALIFORNIA BID DOCUMENTS SPECIFICATIONS CITY PROJECT NO.2021-02 FRITZ BURNS PARK IMPROVEMENTS CITY OF LA QUINTA, CALIFORNIA PREPARED FOR: CITY OF LA QUINTA DEPARTMENT OF DESIGN & DEVELOPMENT 78-495 CALLE TAMPICO LA QUINTA, CA 92253 (760) 777-7000 APPROVED BY: DATE: June 19, 2025 BRYAbrMcKINNEY, P.E. (/ PUBLIC WORKS DIRECTOR/ CITY ENGINEER R.C.E. No. 49418 Exp Date: 09/30/26 JUNE 2025 SECTION 1200 BID DATE: oZ 6 o?C)d .f' The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2021-02, Fritz Burns Park Improvements, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Iran Contracting Act of 2010 1280 Russian Aggression Against Ukraine Sanctions We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Bidders must be on the Plan Holders List with the City of La Quinta in order to receive addenda. Addendum # Date Received 1 July 2, 2025 2 July 23, 2025 3 July 24, 2025 Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Urban Habitat Brett Brennan Name of Bidder 760-345-1101 Bidder's Telephone Number Bid 1200-1 If our bid is accepted, we agree to sign the contract without qualifications and to furnish the performance and payment bonds and the required evidence of insurance within 10 calendar days after receiving written notice of the award of the contract. We further agree, if our bid is accepted and a Contract for performance of the work is entered into with the City, to so plan work and to prosecute it with such diligence that the work shall be completed within the time stipulated. Urban Habitat Office Name of Bidder 73555 Alessandro Drive, Palm Desert, CA 92260 Bidder's Address 963744 Contractor's License No. California State of I a S re of Bi Brett Brennan Printed Name of Signatory President Title of Signatory 760-345-1101 Bidder's Telephone Number Brett@myurbanhabitat.com Bidder's Email Address 7/31 /2027 Contractor's Expiration Date rAdks rova ' I �r� Public - Title of Witness Bid 1200-2 SECTION 1210 BID SCHEDULE PROJECT NO. 2021-02 FRITZ BURNS PARK IMPROVEMENTS City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 2021-02, Fritz Burns Park Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all Additive Alternates. Unit prices in each and every case represent the true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. We acknowledge that unbalanced unit prices shall be sufficient cause for the rejection of our bid. Bid Schedule 1210-1 BASE BID - FRITZ BURNS PARK IMPROVEMENTS Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars GENERAL REQUIREMENTS 1. Mobilization 1 LS $ -1'1cj (C:) 2. Site/Traffic Control 1 LS $ �Z� ILnO — $ 3 3. Dust Control 1 LS $�Q $Storm 4. ater 1 LS $ S . $5v� Prevention PlanIIution SWPPP I 5. Demolition and Disposal - P1 1 LS $ 0CU $ �4vOb. 6. Demolition and Disposal - P2 1 LS $ 7VU $ flt� 7. Demolition and Disposal - P3 1 LS $4CJ $ SITE IMPROVEMENTS 8 Subgrade Preparation and 1 LS $ — $ , — Precise Grading- P1 Subgrade Preparation and 9. Precise Grading, Including 1 LS $ $ Retention Basin - P2 10. Subgrade Preparation and 1 LS $ ) $ Precise Grading - P3 11. 4" Pedestrian Concrete 8,234 SF $34Z,L Pavement per Plan 12 4" Pedestrian Colored Top Cast 2,547 SF $ Concrete Pavement per Plan 13. 6" Pedestrian Concrete 5,622 SF $ f f S $ Pavement per Plan 14. 6" Pedestrian Colored Top Cast 6,225 SF $ $ Concrete Pavement per Plan Furnish and Install 3/8" Minus "Desert ZS 15. w/ 20% Fines Gold" 2,315 SF $ 4 $ Stabilized Decomposed Granite Furnish and Install 3/8" Minus 16. "Apache Brown" Non -stabilized 17,739 SF $ $ Decomposed Granite 17 Furnish and Install 3/4" "Desert 7,034 SF $ to $ Gold" Crushed Rock Bid Schedule 1210-2 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 18 Furnish and Install 8" Minus 8,716 SF $ Z , 3� $ 2c�ACV-, Baja Cresta Rubble 19 Install Salvaged Ex. Rubble per 3,461 SF $ S $ `7cv7. ' Plan , Furnish and Install Artificial Turf 20. over Infill and Aggregate Base 1,617 SF $ $ per Plan and Specifications 21 Furnish and Install PermaLoc 2,673 LF $ $ Header — Asphalt Edge Construct 6" Curb and Gutter 22. per City of La Quinta Std. No. 170 LF $ �" $ 201 ' 23 Construct 6" Curb per City of La 1,400 LF $ �j�?, �� $ Quinta Std. No. 210 24. Construct Ribbon Gutter per 830 LF $ �� .— $ Plan Details Construct Cross -Gutter per City 25. of La Quinta Std. No. 230 Mod. 380 SF $ i $ and 231 Mod. Construct Parkway Drain per 26. Plan Details — Curb Cut Detail 1 EA P2 Sheet 18 Construct Curb Ramp per City 27. of La Quinta Std. No. 250 Mod.; 6 EA S�b Case per Plan i 28 Construct Driveway per City of 1 EA $ f3/�Q_ $t31te La Quinta Std. No. 221 Mod. l Construct 3" A.C. over 4" Class 29 II Aggregate Base Over 12" 32,510 SF $ $ Scarified and Compacted ' /7,7 1,7q Native 30. Signing and Striping, Including 1 LS $ All Incidentals — P1 31. Signing and Striping, Including 1 LS $ $ J�. All Incidentals — P2 SITE STORM DRAINAGE 32 Furnish and Install 6" Dia. 850 LF $ .SU $ HDPE Storm Drain at 1.0% Min. Furnish and Install 6" Dia. 33. Perforated Storm Drain at 1.0% 265 LF $ ''— $ Min. Bid Schedule 1210-3 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Furnish and Install 2'x3' NDS 34. Ribbon Gutter Inlet with H-25 3 EA $ r $ 1-�� Highway Grate (Pedestrian % (�� �� 17 . Rated) (P1 and P2 Furnish and Install 12"x12" 35. Nyloplast Inline Drain (P1 and 12 EA $ /��D $�ZJ P3 36. Furnish and Install Bubbler Box 2 EA r , Outlet P1 and P2 37. FPurrnish and Install4" Duraslot 82 LF $ $3Cf WATER/SEWER IMPROVEMENTS Furnish and Install 1" Dia. Schedule 40 Class-350 Private 38. Domestic Water Line complete in place. All appurtenances 180 LF $ $ , considered incidental. Reconnect Private Water Lines to CVWD Relocated Water 39. Meters (3 Meters). Coordinate 1 LS $ $ , with CVWD on timing to reconnect same day. Relocate Salvaged Private Fire Hydrant and furnish and install 40. new valve to grade and extend 1 LS $ $ water line per CVWD Std W- �3 -- 33A. All appurtenances considered incidental. Furnish and Install 6" Dia. VCP Sewer Lateral, per CVWD Std 41. Dwg No. S-9A complete in place. All appurtenances 175 LF considered incidental. SITE AMENITIES Furnish and Install Engineered Wood Fiber Safety Surface over 42. Filter Fabric and Gravel Base 5,253 SF �. per Plan and Specifications (C- 11 Bid Schedule 1210-4 Addendum 02 - 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Furnish and Install Rubber Safety Surfacing, Poured -In - 43. Place over Rubber Shock Course and Class II Base per 2,786 SF $ $ Plan and Specifications (Det C- 11 44. Construct Play Area Curb with 167 LF $ �j�, $�7(cl Rebar per Plan Det C-07 •` 45. Construct Play Area Ramp with 331 SF $ �: . $ Rebar per Plan Det C-08 Construct Retaining Seat -wall 46. with Precast Cap, Rebar, Waterproofing, Stucco, and 310 LF $ $��C' . Footingper Plan C-10 Furnish and Install 5' HT Steel 47 Fence with Footings per City of La Quinta Std. No. 784.1-784.2 574 LF $ $ and Plan Furnish and Install 5' HT Steel 48. Single Gate with Footings per 3 EA $ I — $����'c,'� -- Plan C-31 U�' Furnish and Install 5' HT Steel 49. Double Gate with Footings per 5 EA $�� $ /^ Plan Det C-30 l Furnish and Install Boulder 50. Edging with Footing per Plan 315 LF $�� $Z�; Det C-09 and C-40 ` Install City Furnished Play Area 51. Equipment and Construct 1 LS $ ZpsCp l $ZS�j�U Footings per Plan Furnish and Install Drinking Fountain, Construct Footing, 52. Furnish and Install Valve, and 3 EA $ $ Construct Drain per Plan. All Appurtenances are considered included. Det C-12 and C-13 Furnish and Install 53. Trash/Recycling Receptacle and Construct Footing per Plan (Det C- 8 EA 16) Furnish and Install Hot Coal 54. Receptacle and Construct Footing 2 EA $ 1 ���' $ ZZ�jO, per Plan Det C-14 ' Bid Schedule 1210-5 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Install City Furnished Bike 55. Racks (11 Racks) and 1 LS $ $ Construct Footing per Plan (Det r,� c-17)--- Install City Furnished Bench 56. with Back and Construct 18 EA $ �3 � $ 0 ' Footing per Plan Det C-21 Install City Furnished Bench 57. without Back and Construct 38 EA $�� $j -- Footing per Plan Det C-22 Install City Furnished Curved 58. Bench with Back Mounted on 4 EA $ Seat -wall per Plan Det C-20 Install City Furnished Picnic 59. Table and Construct Footing 23 EA $ per Plan Det C-23 l� Furnish and Install Bike Tune- 60. Up Station and Construct 1 EA $ Footing per Plan Det C-18 Furnish and Install BBQ Grill 61. and Construct Footing per Plan 4 EA $ C-15 ' Furnish and Install Pet Waste 62. Receptacle and Construct 3 EA $�- f $ Footing per Plan Det C-27 Install City Furnished Hypar 63. Shade Sail with Posts and Construct Footing per Plan (Det 1 LS $ Zf2� $ C-24 Install City Furnished 64. Playground Shade Sails with posts and Construct Footing 1 LS $j3�3-C) , $i per Plan Det C-25 Install City Furnished 65. Monoslope Shade Structure 3 EA $ $ and Construct Footing per Plan �jK _. Sheet L 2-13 f Install City Furnished Curved- 66. Shade Trellis Structure and Construct Footing per Plan 4 EA $ $ Sheet L 2-12 Bid Schedule 1210-6 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Install Salvaged Bronze Plaque 67. on Stand with new anchors and 1 LS Construct Footing per Plan Install Salvaged Memorial Tree 68. Plaque with new anchors per 1 LS $-- Plan Construct City Furnished Restroom Building and Install City Furnished Fixtures. Furnish 69 and Install Appurtenances as 1 LS $ $ needed. Utility Construction and Construction Coordination with Oro other trades included in item cost. POOL AREA IMPROVEMENTS Furnish and Place "Kool Deck" Surfacing over Existing 70. Concrete Deck, Including all 2760 SF $ $ Preparation, Void Filling, and �1 z7Lti Depth Markers. 71 Furnish and Construct Concrete "Kool 3916 SF $ with Deck" Surfacing. Reconstruct Pool Stairs, 72 including all incidentals to 1 LS $ $ complete the work. Demolition . 7' / 7 Ab, aid under Demo Bid Item. Furnish and Install 5' HT Pool Fence with Footings and 12" 73. Concrete Band per City of La Quinta Std. No. 784.1-784.2 per 383 LF $ $ Plan P3 Det C-09 Construct 6' Tall Splitface CMU 74. Block Wall and Footing per Plan 9.5 LF $ �� $ P3 Det C-17 ' 75 Furnish and Install Pool Lounge 30 EA $C; $ Chair per Plan P3 Det C-10 Install City Furnished 76. Rectangular Shade Trellis 1 EA $ $ Structure and Construct Footings per Plan Bid Schedule 1210-7 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Construct Existing Pool 77. Renovations, Including Painting 1 LS $Zl��' $ Building per Plan ' Construct Activity Pool Complete In -Place, Install City 78 Furnished Vortex Activity Pool 1 LS $ $ Features, and Furnish and Install Equipment and Signs per �7, Plan Construct Existing Pool Equipment Room Renovations 79 per Plan Including Removing 1 LS $ $ and Replacing Concrete and -- Constructing Housekeeping i Pad Furnish and Install Pool 80. Equipment, Piping, and 1 LS $ Recirculation per Plan I Install City Furnished Pool 81. Equipment Building Utility and 1 LS $ r $ Construction Coordination SITE ELECTRICAL & LIGHTING Furnish and Install Electrical 82 Meter Pedestal (Including 1 LS $ $ Quickpad Base and Stainless Steel Cabinetper Plan 83 Electrical Conduit, Wire, and 1 LS Trenching per Plan — P1 84 Electrical Conduit, Wire, and 1 LS Trenching per Plan — P2 85 Electrical Conduit, Wire, and 1 LS $ Trenching per Plan — P3 86 Furnish and Install Emergency 1 LS $ Shut-off Switch and Timer 87 Furnish and Install Pull Box per 19 EA $ Plan 88 Furnish and Install Junction Box 73 EA $� $ per Plan 89 Furnish and Install Pedestrian 28 EA $ $ Pole Light with Footing per Plan r�, Bid Schedule 1210-8 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Furnish and Install Parking Lot 90. Single Head Light with Footing 3 EA $ 44 $ per Plan Furnish and Install Parking Lot 91. Double Head Light with Footing 3 EA $ $ per Plan 92 Furnish and Install Bollard Light 39 EA $ 2Zt) $ with Footing per Plan 93' Furnish and Install Surface 4 EA -- $�> $ Mounted CeilingDown Light 94 Furnish and Install In -Grade 52 EA $ $ Palm Tree U Light ! 95' Furnish and Install In -Grade 55 EA $ jJ f Q $ Tree U Light 96 Furnish and Install Colored 8 EA $ % 3 %p�� $ Shade Sail Up Light >' 97 Furnish and Install Palm Tree 16 EA $ ^� $ Mounted Up Light Furnish and Install Mounted 98. Quad Head Shade Sail 4 EA $ ��S $ Up/Down Light Furnish and Install Mounted 99. Double Head Shade Sail 10 EA $ r $ Up/Down Light 100 Furnish and Install Mounted 4 EA $ $ Single Head Down Light Furnish and Install Palm Tree 101 Mounted Gobo Projector Down 16 EA $� .�} �' $ Light Furnish and Install Palm Tree 102 Mounted Down Light — Cyan Color 8 EA $ 1 �� "s $ Wash ` Furnish and Install Trellis Column 103 Mounted Up/Down Light — 16 EA $ $ Magenta Up/Cyan Down Furnish and Install Trellis Ceiling 104 Mounted Linear Down Light — 4 EA $ $ Cyan t LANDSCAPE AND IRRIGATION 105 Soil Prep and Fine Grading — 1 1 LS $ P1 Bid Schedule 1210-9 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 106 Prep and Fine Grading — 1 LS $ U r $ Poil (l 107 Pail Prep and Fine Grading — 1 LS $ 7 r- $ Furnish and Install Landscape t� 108 per Plan and Specifications— 1 LS $72 37 $ P1 Furnish and Install Landscape 109 per Plan and Specifications — 1 LS $����,'' $ P2 Furnish and Install Landscape 110 per Plan and Specifications — 1 LS $ <2-1�, _ $ P3 lsh and l Furn111 1 LS $j�j=�S�Z� � $ Plan and Specifications — Pnlper 112 Furnish and Install Irrigation per 1 LS $ $ Plan and Specifications — P2 , 113 Furnish and Install Irrigation per 1 LS $ $ Plan and Specifications — P3 Furnish and Install Boulders per 114 Plan — "Copper Canyon", 18" - 69 EA $ Z $ 24" Furnish and Install Boulder per 115 Plan — "Copper Canyon", 24" — 66 EA $ '"" $ 30" Furnish and Install Boulders per 116 Plan — "Copper Canyon", 30" — 45 EA $ ill $ 36" 117 Install Salvaged Boulders per 21 EA �d $ 4(�.- $ Plan 118 Lawn — SOD seeded to season 21 937 SF $ 70 $ includingover-seeding l 119 90-Day Maintenance Period 1 LS $ poi no,"' $ Total Amount of Bid Items 1 —119 $ D� Rol Bid Schedule 1210-10 Addendum 02 — 7/23/2025 City may award all or none of the following additive/deductive alternates: ADDITIVE ALTERNATE NO. 1 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars,,,Dollars A11-1 Transplant Ex. Palm Tree to 19 EA $ fJfGI, S $ Location Determined in Field Total Amount of Additive Alternate 1 Bid Items 1 —1 $ DEDUCTIVE ALTERNATE NO. 1 — Hvpar Sails Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Remove Bid Item: Install City D1-1 Furnished Hypar Shade Sail 1 LS , ($ with Posts per Plan Det C-24 Remove Bid Item: Install City D1-2 Furnished Playground Shade 1 LS ($Z� ($ ) Sails with Posts per Plan (Det , C-25 Coordinate and Phase to Allow D1-3 Great Western to install shade sails with posts per Plan (Det C- 1 LS $-����� $ 24 and C-25 Total Amount of Deductive Alternate 1 Bid Items 1 — 3 ($ ) DEDUCTIVE ALTERNATE NO. 2 — Doq Park Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Remove Portion of Bid Item: P1 D2-1 Demolition and Removal shown 1 LS ($ ($ ) on sheet 4 Remove Portion of Bid Item: 4" L� D2-2 Pedestrian Concrete Pavement 1,475 SF ($ ) ($ ) per Plan Remove Portion of Bid Item: D2-3 Furnish and Install Boulder 40 LF ($ ($ ) Edging with Footing per Plan Det C-40 Bid Schedule 1210-11 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Remove Portion of Bid Item: Furnish and Install 5' HT Steel D2-4 Fence with Footings per City of 580 LF ($ I ���� ) ($ ) La Quinta Std. No. 784.1-784.2 and Plan Remove Bid Item: Furnish and D2-5 Install 5' HT Steel Single Gate 2 EA ($ (�) ($ ) with Footings per Plan C-31 Remove Portion of Bid Item: D2-6 Furnish and Install 5' HT Steel 3 EA ($?J�1 ) ($ ) Double Gate with Footings per Plan (Det C-30 Remove Portion of Bid Item: D2-7 Furnish and Install Pet Waste 1 EA ($ ) ($ ) Receptacle and Construct Footing per Plan (Det C-27 Remove Portion of Bid Item: D2-8 Lawn — SOD seeded to season 5,500 SF ($ I �V ) ($ ) including over -seeding` Remove Portion of Bid Item: D2-9 Landscaping — Dog Park (P1 1 LS ($ ($ ) Sheet 21 Remove Portion of Bid Item: D2-10 Irrigation — Dog Park (P1 Sheet 1 LS ($���� ) ($ ) 26 Remove Portion of Bid Item: 90- D2-11 Day Maintenance Period — Dog 1 LS ($ ZA', ) ($ ) Park Total Amount of Deductive Alternate 2 Bid Items 1 —11 ($ ) Bid Schedule 1210-12 Addendum 02 - 7/23/2025 DEDUCTIVE ALTERNATE NO. 3 — Plav Area Fauinment Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Remove Bid Item: Install City D3-1 Furnished Play Area Equipment 1 LS ($Z�/;) ($ ) and Construct Footings per Plan Coordinate and Phase to Allow D3-2 Great Western to install Play 1 LS $ - $ Area Equipment and Construct ��5� Footings per Plan Total Amount of Deductive Alternate 3 Bid Items 1 — 2 ($ ) GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Not including deductive alternates) (Figures): 2 el GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Not including de��duucAAtive alteer��naptes) (Words): ) Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantitie bid. Final payment will be based upon actual work perfod s c to such ments and alterations as elsewhere provided herein. Brett Brennan 760-345-1101 Brett@myurbanhabitat.com Signature of Bidder (Ink) Name of Bidder (Printed or Typed) Bidder Telephone Number Bidder Email Address Bid Schedule 1210-13 SECTION 1220 BID GUARANTY BOND Developers Surety and Indemnity Company PRINCIPAL, and Harco National Insurance Company _,as SURETY, are held and firmly bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City, for certain construction specifically described as follows, for which bids are to be opened at La Quinta, California. PROJECT NO.2021-02 FRITZ BURNS PARK IMPROVEMENTS NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this 25th day of July , 2025. Urban Habitat Title of Signatory Signature of Principal 73555 Alessandro Drive, Palm Desert, CA 92260 Address Developers Surety and Indemnity Company Andreyv Rober_W #ttorney-in•Fact Tit b1f1#fjW ig efff Sure Suberior Avenue E.. 21st F;QDr. Cleveland. OH 44114 Address Harco National Insurance Company Andrew RabAds.Attorney-in-Fact Titl I^rVo-f S e 4200 ix Forks Road, Suite 1400, Raleigh, NC 27609 Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 122,0- t p0H'FR0FA'1T0RNF.I FOR COREPOIN'I E INSt RANCF ('OAtPAN'N DEN'ELOYE:RS St REIN AND INDENINII Y COMPANY 59 Mnicicn Lane 43rd 1 loor, Now York NY 1 136 (212)220.7120 KNOW ALL BY 1111`3E PRI SFNTS' that. except as expressly linwed herein. CORLPOIN'rl INS( RAN'CF COMPANY and DL-VEL0VVRS SUR :VY AND VI'DEMNITY COMPANY, do here, y make, const'ture and appoint Matt Gaynor, Anne Wright and Andrew Roberts of San Diego, CA as tes Irue and Iatvtul Anomey of -Fact, to inakc, execute, de;rver and acknowledge, for and on behalf of said companies, as sureties, bonds undertakings and contracts of suretyship giving and granting unto said AnomeV 3n.111 fill poi,wr and aulhonly to do and io perform every act necessary requisite or limper to be done in connection therewith as cacti of sdid cumpany could do, but reserving to ear of said company I II po%wr ol'substiuuion and revocation, and all of the acts of said Auomcy-in-Fact, pursuant to these presents, arc Irrcby ratified and confirmed This Possvr of Aitomey is OTectwe February 15, 2024 and shall expire ou rkeemiber 31, 2025 This I'owe: of Attorney is granted and Ix signed under and by awhorit) of the totlowing resolutions adopted by the Boafd ofD rcctursol'COREPOINTr: INSI )RAN(, I COMPANY and DI:VEI,OPrRS SL RF,rY AND I14D1 MVI I'Y COMPANY 'collectively 'Company"I on Fehruary 10, 2023. RFSOI VL•D, that 'am 7•_ a Preside it Surety LhiderwritlrlR, James Bell, Vice I'resrdent- Surety_1,)itd tvrrune, and Crai I)ass.on listtu ire UndemTner Safety each an employee of Am crust North Ai icnca, Inc_ an affiliate of the Company (the "Authorized Signors") are hereby authorized (o execute a Potter of Attorney. qualt'ymg aitornev(s)-m fiaci named 1-1 the Porter of Attorney to execute on behalf' ol' the Company Minds undertakings and contracts of suretyship, or other suretyship obligations. and tlat the Secrelary or any Assistant Secretary of the C ompany be, and each of them hereby is. authorized to attest the execution of any such Potter of Anorncy RESOI VUL) tliat the signature ol'an) one of the Authtized Signors and the Secretary or any Assistant Sec•retary ol'ihe Company. and the scal of the Company must he aAised to any such Pm%er of'Altorney, and am +uch signature or seal may be affixed by facsimile, and Such Power ol'Attomcy shall be valid and hmding upon the Company vtfiert so a0iud and in lie ldL.1C t%iih respect to any bond, undCnaking rt contrite( of suretyship to tthich it is attached. IN WITNESS WHEREOF. CORI POI',�TF. INS(IRANCr- COMPANY and IN VI LOPfRS SURI IY AND INDEMNITY COMPANY have caused these pr-writs to be sigrfed by ffic Authoriml Signor and •mcs'cd by the r Secretary of Assistat I Secretary this March 27 2023 +,+++111111/,,1,, �,+ j11111/11,,,', \NSURq ��( AND I iw oRpORgNCt� "• J�����PORq N��� rntcdNa c Sam7.aia G71—�s e T(o•.'n�� C9 CO ZI_ Titte President Surely (lnderwTNor4t 1lJ : S LAL . 1936 AWN.-' ACKNOWLEDGEMENT: l,%,, ��p•.....••��Sa���: A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF Cahl'ornia _ COUNTY 01: Orange On this 27 day of Matyh 20123 , hcli 11: me. Haan -Quvcn Phu Pham personally appeared Sam %aza wfio proved to nie on the basis o1'satoshiciory et idence to be the person tvliosc mune is subscribed to within the instrument and acknowledged in me that r-e) mccuied the same in (licit authorized capacity and that by the signature on the instrument the entities upon bchalr'which the person acted. executed this mstmment I eerily. «rider paially of rxrlun under (he laws of the State of Calileirma that the I'orcgomg paragf.!ph is true and corcet WITNESS my hand and rifficoal seal HOAN&QUYEN P. IHAM ' Ntrtary iublk - Callfornis Signature }� ortirrdecounty Coritmhslon R 2432920 Any Comm. Expires Dec 31, 2026 P11111CORPORATE CERTIFICATION the undersigned, (tic Secretary of Assistant Secretary of C-OREPOIN11; INSURANCE COMPANY acid Ik.VI-LOPCKIk StJRFIY AND INDEMNIIY COMPANY does hereby ceniIV that the provisions ul the reso Lit ons of ibe respective Hoards of Directors of said corporation -m forth of this llo twr at' Aiturnev are in force as of the date of this Ccrtil ieation Ibis Certificatiun is ceecuted in the City ol'Clcvcland Oh o. this March 19, 2023. DoeuSientd by: Hy Barry W Mows. Assistant Secretary POA No NIA 888415 zADEs18C_- DocuSignEnvelopelD:3352BFD6 5E9D-4796-837E-C1E455E6530F Ld 03?1 Signed and sealed this 25th day of July, 2025 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On July 25, 2025 before me, Brittney Thompson, Notary Public (insert name and title of the officer) personally appeared Andrew Roberts who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand n o c I seal. BRirTNEYTHOMPSON Notary Public - Califomia San ON440 cowry Commksion 0 24991 *my Co. Expires Sep 7, 2028 Signature (Seal) Cam. Ty \O (/ SEA " STATE OF NEW JERSEY STATE OF ILLINOIS County of Essex County of Cook 0 RE 1904 O 1E 1Nrt Michael F. Zurcher Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company POWER OF ATTORNEY e.nd N/A HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 14DO, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the Slate of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint ANDREW ROBERTS, BRITTNEY THOMPSON, MATTHEW C. GAYNOR, KIM VAZQUEZ, ANNE WRIGHT, DANIEL FRAZEE, DAVID J. GARCIA San Diego, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. 'RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attomeys-in-Fact or agents with power and authority Bs defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attomeys-in-fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed.' IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31St day of December, 2023 •'P� tNStlgq , �p 4�pioq,..r�!n�; ; •_ SEAL o= b �?lrrlO'`9 J On this 31st day of December, 2023 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he 6 the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. SHY C pG •., IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, G New Jersey the day and year first above written ;'�OSARr'•. (P AIJBL\G %TFoFrvEW ���` Cathy Cruz a Notary Public of New Jersey My Commission Expires April 16, 2029 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on fife in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, July 25, 2025 A01687 fV-4 Q 1; _ Irene Martins, Assistant Secretary VER2 2J2n19 e POA ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validityof that document. State of California County of San Diego ) On July 25, 2025 before me, Brittney Thompson, Notary Public (insert name and title of the officer) personally appeared Andrew Roberts who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my han off cial seal. 6RITTNEr THOM" Notary Public • California *my San DiegoCounty Comrnbsion F 24"18D Comm, Expires Sep 7, 2028 Signature (Seal) SECTION 1230 CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS The undersigned Bidder certifies that he is, at the time of bidding, and shall be, throughout the period of the contract, licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California, to do the type of work contemplated in the Contract Documents. Bidder shall further certify that it is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. The Bidder represents that it is competent, knowledgeable, and has special skills on the nature, extent, and inherent conditions of the work to be performed. Bidder further acknowledges that there are certain peculiar and inherent conditions existent in the construction of the particular facilities, which may create, during the construction program, unusual or peculiar unsafe conditions hazardous to persons and property. Bidder expressly acknowledges that it is aware of such peculiar risks and that it has the skill and experience to foresee and to adopt protective measures to adequately and safely perform the construction work with respect to such hazards. The Bidder shall list below four (4) projects completed in the last seven (7) years of similar size and complexity that indicate the Bidder's experience as a General Contractor. 1. Project Name Silver Rock Park Venue Owner: Citv of La Quinta Construction Cost: $ 5,647,995 Construction Time: 120 Owner's Representative: Bryan McKinney, P.E. Owner's Telephone No.: 760-777-7000 Date of Substantial Completion: 7-29-21 2. Project Name: Whitaker School Park Project 254 Owner: City of Buena Park, CA Construction Cost: $ 5,029,218 Construction Time: 120 Owner's Representative: Nader Alqam Owner's Telephone No.: 714-562-3608 Date of Substantial Completion: 8-17-24 Calendar Days Calendar Days Bidders Experience R Qualifications 1230-1 3. 4. Project Name: Santa Clarita's Central Park Project 4019 Owner: City of Santa Clarita, CA Construction Cost: $ 11,002,387 Construction Time: 199 Calendar Days Owner's Representative.. Shannon Pickett Owner's Telephone No.: 661-255-4968 Date of Substantial Completion: 12-18-23 Project Name: North Shore Elementary School (Mecca) Owner: ProWest Constructors Construction Cost: $ 687,384 Construction Time: As directed by ProWest Calendar Days Owner's Representative: Kevin Laird Owner's Telephone No.: 951-678-1038 Date of Substantial Completion: 7-11-25 Signed this 28th day of Urban Habitat Ju 963744 Name of Bidder Contractor's License No. ,Signat of Bidder Brett Brennan Printed Name of Bidder 2025. 1000003890 DIR Reg No. Lic. Exp.:7-31-2027, DIR Exp.: 6/30/2028 Expiration Date President Title of Signatory Bidders Experience & Qualifications 1230-2 California Jurat Certificate A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 28th day of July 20 25 , by name of Signer (2) Brett Brennan Name of Signer rt°, and proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. (JAUWA3 ^tntan! P J. Elida Aragon, Notary Public rnatien (Notary Name, t c.) 17 J. ELIDAAPAGON Notary Public - California Riverside County_ Commission > 2482676 My Comm. Expires Fto 23, 2028 OPTIONAL INFORMATION in this section is not required by lain% it could prevent fraur., vat and reatiL this iurat to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The certificate is attached to a document titled/for the purpose of containing pages, and dated Method of Affiant Identification Proved to me on the basis of satisfactory evidence <: form(s) of identification credible %vtness(es) Notarial event is detailed in notary journal on: Page # Notary contact: Other Entry # Affiant(s) Thumbprint(s) Describe. SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. MA71C17 ccf---f Rc)t C-Vz L ignat of Bidder Brett Brennan Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ) ss. County Of Riverside, CA ) Brett Brennan being first duly sworn, deposes and say that he or she is President Of Urban Habitat , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly sought by contract, agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or I Brett Brennan Name of Bidder President Title July 28, 2025 Date Non -Collusion Affidavit 1250-1 California Jurat Certificate A notary public or other officer completing this certificate verges only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 28th 20 25 , by Nameor..,, ,,— -,- Brett Brennan day of July , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature of No, J. EUDA ARAGON 1 Notary Public - California 33 `: Riverside County S J. Elida Aragon, Notary Public ='� Commission d 2482676 maticr. My Co m. Expires Feb 23. 2023 OPTIONAL INFORMATION ,,; drmation in this section is not required by tali, it could prevent fraudulr-, : this jurat to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The certificate is attached to a document titled/for the purpose of containing pages, and dated Method of Affiant Identification and tent Proved to me on the basis of satisfactory evidence: form(s) of identification O credible witness(es) Notarial event is detailed in notary journal on. Page # Entry # Notary contact. Other [I Affant(s) Thumbprint(s) Describe: SECTION 1260 DIR Project Vendor Information Vendor Information: Name: Urban Habitat Address: 73555 Alessandro Drive Project Manager: Brett Brennan Phone: 760-345-1101 City: Palm Desert ST: CA Zip: 92260 Email: Brett@myurbanhabitat.com CSLB/Certification Number: 963744 Public Works Registration No.: 1000003890 Classification: Asbestos Boiler -maker Bricklayers Carpenter Carpet/Linoleum, Cement Masons- V Drywall Finisher Drywall/Lathers Electricians Elevator_ Mechanic Glaziers Iron Workers__�,/ LaborersVMillwrights_ Operating Eng.4—Painters Pile Drivers Pipe Trades Plasterers Roofe SheetMetal Sound/Com Surveyor Teamster -Tile Worker. Prevailing Wages and Payroll: _ - ailing wage rates and enforcement by the Department of ==-Industrial-Relations (DIR). Prevailing wage rates can be obtained at: http://www.dir.ca.gov/Public-Works/Prevailing-Wage.html. Contractors and sur contractorz on most public Works projects are required to submit certifie"eyr.-oll—reLTods to --the Labor Commissioner using DIR's electronic certified payroll-Tepnr#�ystern. For -your convenience, the link for reporting certified payroll is: http://www.dir.ca.gov/Public-Works/Certified-Pa rol�porting.html. A copy of certified payroll, including the names and addresses of employees dtoTsubcontractors working on the job must be included with invoices submitted to the City of La Quinta. DIR Project Vendor Information 1260-1 • HIM _G..► • 1. .Rky-1A OR "-I Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. Iran Contracting Act Certification 1270-1 IRAN CONTRACTING ACT CERTIFICATION Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208), Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with a public entity for goods or services of one million dollars ($1,000,000) or more if the Vendor/Bidder engages in investment activities in Iran. MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS $1,000,000 OR MORE Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public entity contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ("DGS") pursuant to Public Contract Code section 2203(b) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made, contract termination, and three-year ineligibility to bid on contracts. (Pub. Cont. Code § 2205.) OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a) Urb abitat 45-2405501 By , uthori Igna Pn me and Title of Person Signing Date Executed Bret Brennan, President July 28 2025 Iran Contracting Act Certification 1270-2 OPTION #2 — EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case - by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution (Printed) I Federal ID Number (or n/a) I N/A By (Authorized Signature) N/A Printed Name and Title of Person Signing Date Executed N/A N/A Iran Contracting Act Certification 1270-3 California Jurat Certificate A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 28th 20 25 , by Brett Brennan day of July , , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. w ;. ELIDAARAGON r• Votary Public • California Riverside County J. Elida Aragon, Notary Public Commission 4 2482676 WVZMy Comm. Expires Feb 23. 2028 OPTIONAL INFORMATION :although the information ;.:.;.._ -section is not required by lawn; it could prevent frauduler, > This jurat to an unauthorized document and may prove useful to persons relying on the attached document Description of Attached Document The certificate is attached to a document titled/for the purpose of containing pages, and dated and Method of Affiant Identification Proved to me on the basis of satisfactory evidence. O form(s) of identification O credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other [j Affiant(s) Thumbprint(s) Lj Describe. e_ 109-2,9 d > N,)Ug1 fee. r n _ �n� e ° - X i�lgt: R�es�,ved YOU car. purchase copies of thss for f�m our web site at arnvT OURBAN 00HABITAT LANDSCAPE CONTRACTORS July 28, 2025 City of La Quinta, CA City Project No. 2021-02 - Fritz Burns Park Improvements Re: Section 1280: Compliance with California Executive Order N-6-22 Russian Aggression Against Ukraine Urban Habitat shall comply with California Governor Executive Order N-6-22 ("State Order") regarding sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines and/or economic sanctions imposed by the United States government ("Federal Order") in response to Russian actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions"). Urban Habitat shall comply with all such economic sanctions. By submitting a bid to the City, Urban Habitat agrees to take any and all actions to support the Ukrainian government and people as required by law, including by refraining from new investments in, and financial transactions with, Russian institutions or companies that are headquartered or have their principal place of business in Russia (Russian entities), not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine. Urban Habitat is submitting this report to the City of La Quinta to confirm its compliance with the economic sanctions. Urban Habitat has taken steps and actions by directing its finance, estimating, contracts, and procurement departments, as well as its construction teams, to not participate in any way with Russia's actions in Ukraine. These actions include, but are not limited to, desisting from making new investments in, or engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine as required by law. Any Urban Habitat employee found to consent contrary to this direction will be disciplined or terminated. The under s that Urban Habitat is compliant with the State Order and Federal Order. Br enna President DURBAN 0 13HABITAT LANOfCAPU CONTRACTORS Largest Landscape Companies 2024 @W 73555 Alessandro Drive, Palm Desert, CA 92260 Office 760-345-1101 -Fax 855-469-4224 Brett@myurbanhabitat.com California License 963744 13078 285221 73555 Alessandro Drive Palm Desert, CA 92260 CA Lic. # 963744